Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOLICITATION NOTICE

20 -- Matrix Switch and Amplifier

Notice Date
3/29/2010
 
Notice Type
Presolicitation
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133110T0005
 
Response Due
4/5/2010
 
Archive Date
4/30/2010
 
Point of Contact
Stacy Figlinski 850-235-5842, or Contracting Officer Joan Troutman at 850-235-5845.
 
E-Mail Address
stacy.figlinski@navy.mil
(stacy.figlinski@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial off-the-shelf (COTS) items or slightly modified COTS items under FAR Part 13 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-10 T-0005. A subsequent solicitation document will not be issued. The Naval Surface Warfare Center, Panama City Division intends to award a sole source firm fixed price commercial contract for the following: CLIN 0001 - two (2) each LCS Matrix Switch P/N 03-02-004-00CLIN 0002 - two (2) each 100 watt VHF amplifier (PRC-117PA) P/N 03-03-010-00CLIN 0003 - two (2) each LCS Matrix Switch Upgrades P/N 03-02-005-00 These COTS items are being requisitioned in support of the Littoral Combat Ship (LCS) Multi-Vehicle Communication System (MVCS) project. These items are manufactured by North Star Scientific Corporation (NSS) of Kapollei, HI. These items are not suitable for full and open competition for the following reasons. The NSS parts were selected in development of the original test bed MVCS as a result of testing multiple vendors to locate the best possible solution for this amplifier and matrix switch that would meet MIL-STD-810F and MIL-STD-461 requirements for use in a surface ship environment. As a result, the NSS design and form factor has been delivered to an LCS Ship and is planned for other LCS Ships. Any modification to the MVCS design to support different components will adversely affect the delivery date required to support ship install and would entail costly and time consuming testing to ensure 100% compatibility with existing MVCS hardware and software. NSS, as the original equipment manufacturer of the parts, is the only source that can meet this requirement. Offerors wishing to qualify items for future procurements may find out about the process for qualification by contacting Mr. Pedro Munoz, NSWC PCD Code A33, (850)-234-4616, pedro.munoz@navy.mil. FOB Destination: Delivery Point Destination is the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offero! r verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-1, Instructions to Offerors (JAN 2005); 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items (MAR 2005) Alternate I (APR 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), WITH Alternate I (OC! T 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-39, Notification of Employee Rights 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). 52.225-8 Duty Free-Entry (FEB 2000). At a minimum, the source shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 05 Apr 2010. Offers can be e-mailed to Stacy.Figlinski@navy.mil or faxed to 850-234-4197. Reference RFQ # N61331-10-T-0005 on your proposal. NAICS 334119, FSC 2090, (Small Business Size Standard 1000 Employees).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0cb5a9cdae102f1dcf27d86b74b60db7)
 
Record
SN02105608-W 20100331/100329235150-0cb5a9cdae102f1dcf27d86b74b60db7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.